Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health-and-social-care/about
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhssupplychain.app.jaggaer.com/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhssupplychain.app.jaggaer.com/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Delivered Ready Prepared Meals
two.1.2) Main CPV code
- 15000000 - Food, beverages, tobacco and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Supply Chain: Food is seeking suppliers who will have the capacity and capability to’ deliver and possess the drive to work collaboratively with Trusts to provide the right solution and manage Delivered Ready Prepared Meals into the NHS and its Trusts for their patient and retail catering needs.
This procurement is for:
Non-exclusive Framework Agreement for the supply to Trusts within the NHS (the “Customer(s)”). Via Direct Route of supply for but not limited to:
• Standard Ready Prepared Meals;
• Specialist Ready Prepared Meals;
• Retail Prepared Meals;
• Small Community and Mental Health Site provision.
The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months.
The contract will be for a maximum term of 48 months.
It is anticipated that in the first 24 months the value of the Framework Agreement will be in the region of £80,000,000. This is based on the 112 of Trusts currently using the NHS Supply Chain: Food’s framework.
For the full 48 month term (if extended) the anticipated value of the Framework Agreement will be in the region of £200,000,000.
two.1.5) Estimated total value
Value excluding VAT: £200,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Standard Ready Prepared Meals
Lot No
1
two.2.2) Additional CPV code(s)
- 03221000 - Vegetables
- 15310000 - Potatoes and potato products
- 15812121 - Savoury pies
- 15833100 - Desserts
- 15891000 - Soups and broths
- 15894100 - Vegan packs
- 15894200 - Prepared meals
- 15894220 - Hospital meals
- 15894400 - Snacks
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot will cover Frozen and Chilled Bulk ready meals, frozen and chilled snacking/mini ready meals, finger food and chilled and frozen individual cakes and puddings. Including but not limited to soups, main entrees, vegetables and breakfast items.
Applicants must be able to manufacturer and/or distribute a selection of standard chilled and/or frozen ready meals including plated meal solutions and associated products in single and multi-portion packs which offer customers a single point of supply for a total customer solution.
Applicants must be able to offer the core menu requirements in terms of standard ready prepared meals including but not limited to:
• Soups;
• Main entrees;
• Main vegetarian entrees;
• Potatoes and stable starches;
• Vegetables;
• Accompaniments and sauces where applicable;
• Desserts;
• Breakfast items; and
• Snacks.
The value for the first 24 months is anticipated to be £90,000,000 and £180,000,000 for the full 48 months (if extended).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £180,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will have the option to extend incrementally for up to a further 24 months.
The contract will be for a maximum term of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Specialist Ready Prepared Meals
Lot No
2
two.2.2) Additional CPV code(s)
- 15894200 - Prepared meals
- 15894220 - Hospital meals
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot will cover chilled and/or frozen ready prepared meals in various formats including single or bulk. These include but not limited to religious/cultural meals, texture modified meals, therapeutic diet and paediatric meals.
The value for the first 24 months is anticipated to be £8,949,700 and £17,899,400 for the full 48 months (if extended).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £17,899,400
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will have the option to extend incrementally for up to a further 24 months.
The contract will be for a maximum term of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Retail Ready Prepared Meals
Lot No
3
two.2.2) Additional CPV code(s)
- 15812121 - Savoury pies
- 15833100 - Desserts
- 15894100 - Vegan packs
- 15894200 - Prepared meals
- 15894220 - Hospital meals
- 15894400 - Snacks
- 39314000 - Industrial kitchen equipment
- 39711124 - Industrial freezers
- 39711362 - Microwave ovens
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot will cover a selection of chilled, frozen or ambient ready prepared meals that are suitable for the use in retail or restaurant services settings. Where meals are used in a retail outlet such as but not limited to vending machines, staff honesty freezers, retail outlets they will need to be packaged in retail suitable packaging that meets all legal labelling requirements for retail use.
Where meals are used for back of house services e.g. part of a restaurant setting they must be in packaging suitable for easy use in these settings as well as meeting all legal labelling requirements for food service use. Included in the provision of this lot is associated equipment which may include microwaves, freezers or other equipment used specifically for the products awarded.
The value for the first 24 months is anticipated to be £640,350 and £1,280,700 for the full 48 months (if extended).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,280,700
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will have the option to extend incrementally for up to a further 24 months.
The contract will be for a maximum term of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Small Community and Mental Health Site Provision
Lot No
4
two.2.2) Additional CPV code(s)
- 03221000 - Vegetables
- 15310000 - Potatoes and potato products
- 15812121 - Savoury pies
- 15833100 - Desserts
- 15891000 - Soups and broths
- 15894100 - Vegan packs
- 15894200 - Prepared meals
- 15894220 - Hospital meals
- 15894400 - Snacks
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is for a selection of ready prepared frozen or chilled delivered ready meals including but not limited to soups, main entrees, vegetables, therapeutic diets and breakfast items.
Applicants must be able to deliver to small community or mental health sites who have a low number of beds. Suppliers must have the capability to offer a flexible delivery service based on customer requirements. Typically these sites will have low minimum order values which the supplier will be expected to accommodate. Applicants must be able to manufacturer and/or distribute a selection of frozen or chilled delivered meals to these small sites. In some instances trusts may require their chosen supplier to provide a “one stop shop” solution.
The value for the first 24 months is anticipated to be £410,250 and £820,500 for the full 48 months (if extended).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £820,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will have the option to extend incrementally for up to a further 24 months.
The contract will be for a maximum term of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Applicants may bid for one, more than one or all lots and Applicants should refer to the Invitation to Tender for more information in respect of this.
The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself.
NHS Supply Chain: Food will share savings information in order to assist its customers with making informed procurement decisions. NHS Supply Chain: Food intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by the following eligible users:
1) any NHS Trust;
2) any other NHS entity;
3) any government department, agency or other statutory body;
4) any private sector entity active in the UK healthcare sector and/or
5) any local authority will be able to utilise this Framework agreement to run further competition with the written consent of NHS Supply Chain: Food in order to secure a direct contract.
Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used.
NHS Supply Chain: Food does not guarantee any level of purchase through the Framework and advises applicants that the Framework shall be established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain: Food is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain: Food reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means.
All communications must be made through NHS Supply Chain's eTendering portal at https://nhssupplychain.app.jaggaer.com using the message centre facility linked to this particular contract notice. Please note that the maximum number of suppliers as set out in IV.1.3) is an estimate only.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Framework Agreement includes obligations with respect to contract performance for the successful supplier.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 50
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-010824
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 September 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 7 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 September 2023
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Submission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/
Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal. Please see instructions
below on how to Express Interest and Intend to Respond:
- Once you have registered and logged in to Jaggaer, you will see a section called ‘Supplier Area’. Under this you will need to go to ‘ITTs open to All Suppliers’. In this section you will find an ITT titled ‘Delivered Ready Prepared Meals’, click into this.
- Once you have clicked into the ITT, click ‘Express Interest’ in the top right-hand corner. Once you have expressed interest in the ITT, a new option will appear titled ‘Intent to Respond’. You will need to click intend to respond to be able to fill in a response.
- Once you have Expressed Interest and Intended to Respond to the ITT, this will now sit under ‘My ITTs’ in the Supplier Area and will no longer show under ‘ITTs Open to all Suppliers’.
Please ensure to download and read all documents contained within the Attachments area.
Details of how to submit your response can be found within the Invitation to Tender document.
For any technical help with the portal please contact: Tel: 0800 069 8630 or email: help_uk@jaggaer.com
six.4) Procedures for review
six.4.1) Review body
N/A
N/A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended)